Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

R -- Financial Audit Services

Notice Date
2/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
U.S. Commission on Civil Rights, U.S. Commission on Civil Rights, U.S. Commission on Civil Rights, 624 Ninth Street, NW, Suite 550, Washington, DC, 20425
 
ZIP Code
20425
 
Solicitation Number
CCR-CCR-06-0001
 
Response Due
3/28/2006
 
Archive Date
4/12/2006
 
Description
NOTE: Due to space limitations, the complete Solicitation is not posted here. The complete Solicitation may be requested via email to Pdunston@usccr.gov. Please reference the Solicitation Number, CCR-CCR-06-0001, in your email. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation CCR-CCR-06-0001 is not a small business set aside and will be awarded as a firm fixed-price contract. Scope of Work A. The Contractor shall be required to conduct a full scope financial audit of the U.S. Commission on Civil Rights? (the Commission) annual financial statement for the fiscal year ending September 30, 2006. The audit shall be performed in accordance with generally accepted government auditing standards (GAGAS), as specified in the most current version of the GAO?s Government Auditing Standards (GAS), and additional audit requirements of the OMB. In conducting the audit, the methodology used shall be at a minimum, consistent with the most current version of the GAO/President?s Council on Integrity and Efficiency (GAO/PCIE) Financial Audit Manual (FAM). Should there be any deviations from the methodology set forth in the FAM, the Contractor must provide documentation to the COTR on a timely basis, demonstrating how the Contractor?s methodology satisfies the requirements of the FAM. The COTR shall be notified immediately of any significant deviations from the FAM. B. With respect to internal control, the Contractor shall obtain an understanding of the components of internal control and assess the level of control risk relevant to the assertions embodied in the classes of transactions, account balances, and disclosure components of the financial statements. The Contractor shall also obtain an understanding of the components of internal control relating to the existence and completeness assertions relevant to the performance measures included in Management?s Discussion and Analysis (MD&A). With respect to MD&A, the Contractor shall assess whether the information and manner of its presentation in the MD&A of the Reporting Entity is materially consistent with the information in the principal statements. In performing this assessment, the Contractor shall consider this required supplementary information and shall follow the guidelines presented in the American Institute of Certified Public Accountants? (AICPA) AU Section 551, Codification of Statements on Auditing Standards, and shall perform the procedures described in the AICPA?s AU Section 558, Codification of Statements on Auditing Standards. In addition, the Contractor shall obtain an understanding of the design of internal controls relating to the existence and completeness assertions over performance measures and determine whether they have been placed in operation, as required by OMB Bulletin 01-02, as amended, or the most current OMB audit guidance. With respect to Required Supplementary Stewardship Information (RSSI) and Required Supplementary Information (RSI), the Contractor shall assess whether the information and its presentation is materially consistent with the information in the principal statements. In performing this assessment the Contractor shall follow the guidelines presented in the AICPA?s AU Section 551, Codification of Statements on Auditing Standards, and shall perform procedures consistent with AICPA?s AU Section 558, Codification of Statements on Auditing Standards. With respect to Other Accompanying Information, the Contractor shall assess whether the information and its presentation is materially consistent with the information in the principal statements. In performing this assessment, the Contractor shall follow the guidelines presented in AICPA?s AU Section 551, Codification of Statements on Auditing Standards, and shall perform procedures consistent with AICPA?s AU Section 550, Codification of Statements on Auditing Standards. C. As part of the USCCR FY04 Financial Statement Audit, the Contractor shall perform procedures to assess the effectiveness of the information system control environment. The procedures will focus on evaluating the adequacy of information systems controls over the following GAO?s Federal Information System Controls Audit Manual (FISCAM) general control areas: Entity-wide Security Program Planning and Management, Access Controls (including mainframe system logical security and data center physical security), Segregation of Duties (for data center management and operations), Application Software Development and Change Control, System Software Controls and Modification, and Service Continuity. This work will also be utilized by other USCCR personnel with respect to the Federal Information Security Management Act (FISMA) requirements. Thus, the information system control environment review performed shall be coordinated with the COTR to ensure the work is completed timely enough for other USCCR personnel to use in performing their audits. D. The Contractor shall review the consolidated interim, draft, and final financial statement packages for compliance with USCCR requirements. The Contractor shall document each review in the workpapers and notify the COTR of the results within seven (7) working days of the review. Notification shall be in writing, through e-mail, or by fax. E. Audit Documentation All audit documentation shall be prepared in accordance with GAS and contain the required elements prescribed by GAS. The contractor shall also consult the GAO/PCIE FAM for specific audit documentation contents. At a minimum, audit documentation should include a summary memorandum documenting the conclusions reached on each significant internal control cycle, account balance, lead schedule, phase of the audit, audit adjustments, and on the overall audit. Adequate indexing and cross referencing must exist. The contractor shall also ensure that audit documentation contains the audit completion checklist FAM 1003. The Commission shall have ongoing access to auditors and audit documentation at all times. USCCR will accept electronic work papers and adequately cross-referenced hard-copy files to meet this requirement. These documents shall become the property of USCCR and shall not be disclosed outside of USCCR, unless required by statute or regulation, without the prior consent. Audit documentation may also be subject to review by other Government auditors such as the GAO, therefore, the contractor shall make audit documentation available to the GAO or any other federal entity conducting a review or audit of USCCR. Based on the results of these reviews, the contractor may be required by the COTR to perform corrective action and/or additional work within the scope of the contract necessary to support its audit conclusions, if necessary. Audit documentation shall be retained and safeguarded for a minimum of 2 years by the Contractor at no additional cost. Written approval must be obtained from the Commission's Office of General Counsel prior to destruction of any audit documentation. It is imperative that the Contractors protect all audit documentation from unauthorized access. Only Contractor staff with a need to know shall have access to audit documentation. Deliverables The Contractor shall provide the following deliverables: (1) a staffing list; (2) a statement in accordance with the Conflict of Interest Statement; (3) a Detailed Audit Planning Document; (4) audit program guides; monthly progress reports; (5) Notification of Findings and Recommendations (NFR); (6) status and other meetings documentation; (7) a Summary of Unadjusted Differences; (8) a review of financial statements to ensure compliance with USCCR requirements; (9) a summary memorandum documenting the conclusions reached on each significant internal control cycle, account balance, lead schedule, audit adjustments, and on the overall audit; (10) a Financial Statement Audit Completion Checklist (FAM 1003) and the Checklist for Federal Accounting, Reporting, and Disclosures (FAM 1050); (11) a consolidated report on the principal financial statements, internal control, and compliance with selected laws and regulations, including FFMIA, and applicable agreed-upon procedures; and (12) a Management Letter. See Section III, Scope of Work for further detail.) Furthermore, all Contractor reports (both draft and final reports) shall be submitted to the Staff Director and the COTR. The period of performance for this contract shall be from the date of award through November 15, 2006, with two 30-day options to extend the period of performance. Offers will be evaluated in accordance with FAR 52-212.2 ?Evaluation ? Commercial Items, which is incorporated into this solicitation with addendum to paragraph (a) as follows: the following factors shall be used to evaluate offers: (1) contractor qualifications, (2) past performance, and (3) price. The Government will make award to the responsible offeror whose offer conforms to the requirements herein and represents the greatest value to the Government. Contractor qualifications: The quote shall include (1) resumes for all proposed personnel (2) a detailed description of qualifications, including but not limited to, number of years in business, etc. Past performance: The quote shall include a minimum of three (3) references with a brief description of previous projects of similar size and complexity. Each example of past performance shall include: contract number; contract description; contract amount and type of contract; period of performance; name, address, Email address, telephone number, fax number (if Govt contract, provide the name, telephone number of contracting officer and the COR or if commercial, provide the technical and contracting equivalent); size and complexity of the project; and whether all options were exercised. Pricing: The quote shall include the following information: (1) a breakdown of labor categories, fully burdened hourly rates for all proposed personnel under each effort as outlined in the Statement of Work, (2) a breakdown of the number of proposed hours in sufficient detail to allow the Government a good understanding of your planned technical approach and the ability to review the consistency between the planned technical approach and the proposed pricing. The proposal shall not exceed 25 pages ? resumes excluded. The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-03, dated April 2005 are applicable to this procurement: 52.212-1, Instructions To Offerors-Commercial Items; 52-212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items including subparagraphs (b) (1), (17), (18), and (19), which are applicable to commercial services. 52.227-17 Rights in Data-Special Works and the Key Personnel Clause is applicable as well. The offeror shall submit with their quote a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The award will be based on the best value to the Government, price and other factors included. Submit three (3) copies of your quotes to Pamela Dunston, U.S. Commission on Civil Rights, Acquisition Office, Room 550, 624 Ninth Street, NW, Washington, DC 20425. Quotes will be accepted by Email, or hand-delivered. Proposals are due by March 28, 2006 at 12:00 Noon. The Government shall not pay for any costs associated with the preparation of the proposal. Point of Contact: Pamela Dunston Place of Performance: Washington, DC
 
Place of Performance
Address: 624 Ninth Street, NW, Washington, DC
Zip Code: 20425
Country: USA
 
Record
SN00996458-W 20060302/060228213930 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.